33330225RF0010015 - Indefinite Delivery/Indefinite Quantity SI Wide Boiler Services Contract
ID: 33330225RF0010015Type: Solicitation
Overview

Buyer

SMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONSF SMITHSONIAN FACILITIESWASHINGTON, DC, 20560, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INDUSTRIAL BOILERS (4410)
Timeline
    Description

    The Smithsonian Institution is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for preventive and remedial maintenance services for boilers across various facilities. The contract will cover a 12-month base period with nine optional renewal periods, focusing on ensuring operational efficiency and compliance with safety standards for heating systems in locations including Washington D.C., New York City, and parts of Maryland and Virginia. This maintenance service is crucial for preserving the Smithsonian's infrastructure and supporting its mission to maintain national heritage. Interested contractors must submit sealed proposals by July 30, 2025, to Ivy Tucker at Tuckeri@si.edu, with all inquiries directed to the primary contact or the secondary contact, Christine Grant at grantca@si.edu.

    Point(s) of Contact
    Ivy P Tucker
    Tuckeri@si.edu
    Christine Grant
    grantca@si.edu
    Files
    Title
    Posted
    The document is an amendment to a solicitation for Preventive and Remedial Maintenance Service for Boilers, issued by the Smithsonian Institution's Office of Facilities Management & Reliability (OFMR). This amendment outlines the acknowledgement procedures for offerors, indicating that responses must include a reference to the solicitation and amendment numbers. A site visit is scheduled for June 25 and 26, 2025, with specific locations and times provided for various Smithsonian facilities. Offerors must confirm their attendance by contacting the designated representative. The period of performance for the service is set from July 16, 2025, to July 16, 2026. The amendment emphasizes that all other terms and conditions from the original solicitation remain unchanged. This document serves to update potential contractors about procedural changes and provide critical dates for project engagement, affirming the Smithsonian's commitment to efficiently conduct its maintenance operations.
    This document is an amendment to a solicitation for the Smithsonian Institution's Office of Facilities Management & Reliability regarding preventive and remedial maintenance services for boilers. The amendment extends the submission deadline to July 30, 2025, and schedules a site visit on July 16, 2025, confirming participation requirements with the designated Contracting Officer Technical Representative (COTR). The amendment addresses several clarifications raised by potential bidders regarding the scope of work, specifically related to the boilers, their locations, and the contractor's responsibilities regarding inspections and maintenance. It confirms the inclusion of specific boiler locations and specifies that tasks will only involve boiler-related maintenance, excluding any air conditioning or chiller work. The period of performance for the contract is set from July 30, 2025, to July 30, 2026. This document serves as a crucial modification aimed at ensuring clarity and compliance with procurement procedures, facilitating effective participation from interested contractors while emphasizing the project’s specific requirements.
    The document pertains to Amendment No. 0004 for solicitation number 33330225RF0010015, issued by the Smithsonian Institution’s Office of Facilities Management & Reliability. The amendment specifically updates the preventive and remedial maintenance services required for the institution's boilers, providing a revised list and locations of the equipment involved. It emphasizes the importance of acknowledging receipt of the amendment prior to the set deadline to avoid rejection of any offers. The period of performance for the contract is set from July 30, 2025, to July 30, 2026. All other terms and conditions of the initial solicitation remain unchanged, underscoring the document's role in maintaining contractual clarity and compliance throughout the amendment process. A signature space for the contracting officer and the contractor is provided, ensuring formal acknowledgment of the amendment.
    The Smithsonian Institution has issued a Request for Proposals (RFP) for Preventive and Remedial Maintenance Services for Boilers, covering a 12-month base period with nine optional renewals. The project involves service provisions across multiple museum locations, including Washington D.C., New York City, and various sites in Maryland and Virginia. Contractors must provide all labor, materials, and equipment, ensuring compliance with pertinent codes and regulations. Key operational codes include Plumbing, Heating, and Air-Conditioning Contractors (NAICS 238220) and Steam and Air-conditioning Supply (NAICS 221330). Submissions must follow strict guidelines, including sealed proposals due by July 16, 2025, and are subject to technical and cost evaluations. The contract administration will be overseen by a designated Contracting Officer's Technical Representative (COTR), emphasizing the need for effective communication and compliance during execution. This RFP establishes a structured process for selection, contract performance, and inspection protocols, highlighting the importance of maintaining the Smithsonian’s facilities and ensuring environmental sustainability for valuable collections and living exhibits. The document underscores the Smithsonian's commitment to preserving national heritage through careful facility management services.
    The document serves as an amendment to solicitation number 33330225RF0010015, concerning preventive and remedial maintenance services for boilers managed by the Smithsonian Institution’s Office of Facilities Management & Reliability (OFMR). This amendment addresses several inquiries raised by contractors, clarifying badging requirements, confirming that no bid bond is required for contracts over $3,000,000, and reinforcing the accuracy of a previously provided equipment inventory list. Additionally, it specifies the submission details for bids, directing contractors to send their proposals to Ivy Tucker by 3 PM on July 16, 2025. The amendment maintains all other existing terms and conditions unchanged, with the performance period set from July 16, 2025, to July 16, 2026. Overall, the document establishes essential updates and clarifications significant for contractors interested in bidding for the maintenance services, emphasizing compliance with submission guidelines and other procedural requirements.
    The government document provides a detailed inventory of various boilers and heating systems across multiple properties, indicating their asset IDs, building locations, catalog names, brands, model numbers, conditions, and service dates. Items highlighted in red require updates in the Tririga asset management system due to discrepancies in inventory retrieval, particularly related to specific CSI codes preventing proper identification. The catalog covers steam, electric, and condensing boilers and heaters, detailing their operational status, ranging from excellent to poor conditions. This document serves to ensure transparency and accountability in managing federal heating infrastructure, supporting RFPs and grants. Maintaining an accurate inventory is critical for efficient resource allocation and compliance with safety standards, particularly regarding energy and environmental regulations. It underscores the government's commitment to maintaining optimal functionality in essential heating systems across its facilities while addressing discrepancies in asset tracking systems to ensure comprehensive oversight.
    The TRIRIGA document outlines the responsibilities of contractors using the Computerized Maintenance Management System (CMMS) for the Smithsonian Institution. Contractors must provide preventive maintenance plans for assets, record and manage all work tasks via TRIRIGA, and ensure accurate data entry before task completion. Mandatory data fields include asset identification, task details, and necessary documentation such as service reports. Timelines for completing various work tasks are specified, ranging from 24 hours for emergency calls to 30 days for routine tasks. Contractors must notify the Contracting Officer's Technical Representative (COTR) of any work exceeding contract limits, while COTR will manage task prioritization. Access to TRIRIGA will be granted following personnel registration, and initial training will be provided by the government. This document serves as a framework for contractor compliance and effective asset management, emphasizing the importance of timely and accurate reporting within government operations.
    The document outlines the requirements for background investigations and credentialing for contractors’ personnel working with the Smithsonian Institution (SI). Contractors’ employees, if working for more than 30 days or accessing staff-only areas, must obtain an SI Credential after passing a background investigation and security awareness training. Those working less than 30 days need to be escorted by credentialed personnel. The process includes completing an OF-306 form for each employee, fingerprinting, and undergoing a Special Agreement Check. The SI reviews investigation results to determine suitability for credentials. Credentials expire annually, requiring renewal, and upon contract termination, all credentials must be returned. This process ensures a secure environment at SI facilities and is crucial for maintaining compliance with federal and institutional security protocols during contractor operations.
    The Hot Work Permit Form is a crucial document used for conducting hot work operations in non-designated areas while ensuring compliance with fire protection regulations. This form outlines the responsibilities of the Hot Work Supervisor, who must request a permit and ensure all staff are trained in safety protocols. The Permit Authorizing Individual (PAI) is responsible for inspecting the site, verifying precautions, and approving the permit prior to work initiation. The document includes checklists for safety measures such as fire watch presence, removal of combustibles, and testing for flammable vapors. The Hot Work Supervisor must inspect the site before initiating work and is required to have a fire watch present during operations who is equipped with a fire extinguisher. After completing the work, the PAI must inspect for any fire damage and return documentation for record-keeping. The entire process emphasizes safety regulations and risk mitigation associated with hot work activities, facilitating coordination with relevant facility management and safety personnel. The document is also designed as a fillable PDF for ease of use and ensures efficient communication across safety regulations. This form is essential for maintaining a safe working environment during hot work activities.
    The Smithsonian Institution's Confined Space Permit Form serves as a protocol for conducting maintenance, repairs, and upgrades in areas classified as confined spaces. The permit outlines the necessary steps for safety compliance, including obtaining authorization from the Zone Manager, detailing the exact location of work, and identifying authorized personnel. It emphasizes the importance of systematic communication among various departments to ensure safety and adherence to regulations during operations. Key components of the permit include reasons for entry, atmospheric and physical hazards, required precautions, and monitoring procedures. Specific requirements regarding personal protective equipment, gas monitoring, and environmental conditions are specified to minimize risks. The form mandates that copies be distributed to relevant safety and management personnel. It highlights the process of ensuring safety through thorough training, monitoring prior to entry, and post-work assessments. By establishing a clear structure for confined space entry operations, the form aims to eliminate miscommunication and enhance safety across the institution's buildings, reflecting the Smithsonian's commitment to maintaining operational integrity and protecting worker safety.
    The Smithsonian Directive 419, issued on June 27, 2023, outlines the Smithsonian Institution's commitment to safety, health, and environmental protection across its programs and facilities. It applies to all employees and affiliated individuals within the institution and mandates adherence to federal, state, and local regulations regarding workplace safety and environmental standards. Key policies include preventing hazards, encouraging reporting of unsafe conditions, and ensuring that all contractors comply with safety regulations. The Office of Safety, Health and Environmental Management (OSHEM) is tasked with overseeing the implementation of safety programs, led by the Designated Agency Safety and Health Official, the Under Secretary for Administration. Responsibilities are distributed across various officials and units, emphasizing the importance of adequate budgets, staff training, and risk assessment. The directive aims to establish a safe working environment, protect health, and mitigate environmental impacts, reflecting the Smithsonian's commitment to safety standards and compliance with relevant laws. This directive supersedes the previous version from April 3, 2018, with an indefinite retention policy subject to review every 36 months.
    The Smithsonian Institution's SI-707 Property Transaction Form is designed to facilitate the reporting and management of property assets within the organization. This form includes sections for various stages of property management, such as reporting unneeded assets, transferring property, cannibalizing items, and requesting corrections to asset information. It requires detailed input on each property item, including fund codes, conditions, and descriptions. The form emphasizes the importance of asset classification based on condition codes, which range from new items usable immediately to those deemed to have no value other than their basic material content. Access to detailed guidance for completing the form is provided through a URL. The form must be sent to the Property and Performance Management Division (PPMD) via a designated portal for approval and record adjustment, showcasing the structured approach toward accountability in asset management within federal governance. The standardized nature of this document reflects best practices in managing federal property as part of broader compliance with regulations in government contracting and grants.
    The document provides detailed information on the boiler systems present in various Smithsonian properties, focusing on equipment specifications, locations, and models. It includes data for locations such as the Anacostia Museum, Carnegie Mansion, and multiple buildings within the National Zoological Park, among others. Each entry lists the property's name, floor, location, brand, model, asset ID, and serial number of the boilers, indicating the utility types, which include both steam and electric boilers powered by natural gas, oil, or a combination of fuels. This summary is essential for oversight and management of heating systems within federal buildings, supporting maintenance and operational efficiency. Additionally, the data can serve as a resource for crafting proposals and securing grants aimed at improving facility infrastructure, ensuring compliance with safety standards, and potentially directing funding toward upgrades or replacements in line with federal and state RFPs and initiatives. The structured format ensures clarity in understanding the scope of HVAC systems across these properties, crucial for planning facility management and renovation activities.
    The document provides a detailed assessment of various heating, ventilation, and air conditioning (HVAC) systems across several facilities within the Smithsonian National Zoo and affiliated locations. It lists equipment such as boilers, chillers, and cooling towers, alongside their manufacturers, models, serial numbers, ages, and recommendations regarding maintenance or replacement. Key concerns include many units nearing the end of their useful lives, needing replacements or critical repairs to continue operations effectively. Specific recommendations emphasize the importance of lifecycle evaluations, with numerous units recommended for replacement due to age and obsolescence. Additionally, it highlights the necessity of preventive maintenance for equipment not covered under current contracts. This evaluation supports the overarching goal of ensuring operational efficiency, safety, and compliance with established standards within federal and state guidelines for public facilities. Overall, the report serves as a foundation for potential federal and state funding proposals to address necessary upgrades and maintenance to ensure continued functionality of essential infrastructure.
    Similar Opportunities
    NIH COGEN Maintenance and Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) and Building Management System (BMS) maintenance services for Calverton National Cemetery under Solicitation Number 36C78626Q50013. The procurement aims to establish a firm-fixed-price contract for a twelve-month base year with four one-year options, encompassing seasonal HVAC maintenance, annual cleaning and reports, boiler system maintenance, and Delta Controls BMS monitoring for the Administration Building. This contract is crucial for ensuring the operational efficiency and comfort of the cemetery facilities, while also adhering to the dignity required in such a setting. Interested parties must submit their quotes by December 29, 2025, at 12:00 pm EST, and are encouraged to attend a site visit scheduled for December 15, 2025. For further inquiries, contact Contracting Officer Sarah Poole at sarah.poole1@va.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    J--Helicopter maintenance services
    Interior, Department Of The
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    J045--Newington Campus BEI Corrections Updated SOW
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for safety deficiency corrections at the Newington Campus Boiler Plant within the VA Connecticut Healthcare System. The project aims to address critical safety concerns identified by the Boiler Efficiency Institute, Inc. (BEI) through necessary repairs and upgrades to Boilers 1 and 2, along with general site corrections to ensure compliance with VA Directive 1810 and other applicable regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, emphasizing the importance of maintaining safe and efficient boiler operations in healthcare facilities. Interested contractors must submit their quotes by December 19, 2025, following a mandatory pre-bid walkthrough on December 10, 2025, and can contact Nathan Langone at Nathan.Langone@va.gov or 603-624-4366 for further details.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.